Overhaul of F-100-PW-220 #3 Bearing Air Seal NSN:2840005700773NZ
ID: FA812125R0016Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8121 AFSC PZAAATINKER AFB, OK, 73145-3303, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

GAS TURBINES AND JET ENGINES, AIRCRAFT, PRIME MOVING; AND COMPONENTS (2840)
Timeline
    Description

    The Department of Defense, through the Air Force Sustainment Center, is seeking proposals for the repair and overhaul of the #3 Bearing Air Seal for the F100-PW-220 aircraft engine, specifically identified by NSN 2840005700773NZ. This procurement involves a Firm Fixed Price (FFP) Indefinite Delivery-Indefinite Quantity (IDIQ) contract with a one-year basic period and four additional ordering periods, supporting both the United States Air Force and Foreign Military Sales. The air seal is critical for maintaining engine performance and safety in military aircraft, underscoring its importance in aviation operations. Proposals are due by May 28, 2025, at 5:00 PM CDT, and interested parties should direct inquiries to Jessica Adkins at jessica.adkins.3@us.af.mil or Ms. Kawika Tse Ah Lo at kawika.ah_lo@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The "Commercial Asset Visibility Air Force" (CAV AF) report outlines the contractual obligations and reporting requirements for contractors managing government assets at repair facilities. This document serves as a guide for ensuring proper asset visibility and accountability through the CAV AF system. Contractors must accurately report the status of all government-owned assets and adhere to specific training and reporting protocols, including the submission of access requests and completion of cybersecurity training. Key responsibilities include daily reporting of asset statuses, timely completion of required documentation, and the maintenance of Government Furnished Property records. The report details processes for handling discrepancies, inventory management, and asset disposition, emphasizing compliance with Department of Defense regulations. It also outlines the creation of Supply Discrepancy Reports (SDRs) for shipment inconsistencies and defines procedures for managing "Not-on-Contract" items. Overall, the document showcases the importance of accurate reporting and effective management of government property by contractors, reinforcing the need for thorough training and adherence to established guidelines to ensure effective operational performance in asset management.
    The document is a "Contract Repair Screening Analysis Worksheet" primarily focused on the repair status and requirements for a specific aircraft component, the "Seal, Air, Aircraft G" (NSN: 2840005700773NZ, Part Number: 4036998). Initiated on July 25, 2024, it outlines various key data points, including an annual repair quantity of 121 units and a latest repair cost of $1,225, emphasizing its critical safety status as a component on the F100 engine for F-15/F-16 weapon systems. The document indicates that organic repair capabilities are not available, and previous contract repairs were conducted by Turbine Controls Inc. A precontract qualification is required, and engineering approval is necessary to maintain quality due to the item's unique design requirements. Technical orders and special repair criteria are mentioned as requiring further data annotation. The main purpose of the worksheet is to facilitate an assessment process for government contracts and repairs, ensuring compliance with safety standards and procurement regulations, particularly for critical safety items. Ensuring that proper channels are followed for sourcing and qualifications is essential prior to any repair contracts being awarded. There is a strong emphasis on maintaining quality control through approved sources as per government engineering protocols.
    The document pertains to the "assist.dla.mil", indicating it is a resource for accessing information related to federal requests for proposals (RFPs), grants, and state or local RFPs. It emphasizes the importance of verifying the currency of the information by checking the source before utilization. The document structure primarily consists of guidance on obtaining the latest version of relevant federal and state procurement documentation, stressing accuracy and timeliness in compliance with governmental regulations. As part of maintaining effective communication and compliance within governmental processes, the emphasis lies on ensuring stakeholders, including contractors and applicants, are well-informed about application procedures, deadlines, and necessary standards. The document serves to facilitate responsible management of federal resources by directing users to confirm the validity of the information sourced from assist.dla.mil, ahead of any applications or proposals.
    The document focuses on verifying the source of information accessed through the Defense Logistics Agency (DLA) website, specifically the section at http://assist.dla.mil. It emphasizes the importance of confirming that the downloaded version from February 18, 2025, is the current and accurate reference before utilization. The repeated mention of the source indicates a high priority on ensuring the reliability and up-to-date nature of content related to government procurement processes, including Requests for Proposals (RFPs) and grants. The document underscores the need for users to consistently check for the latest updates for compliance and to maintain integrity in federal and state contracting practices. Overall, it serves as a reminder of the critical nature of staying informed about official guidance and documentation relevant to government contracts and grants.
    The document is a Data Item Description (DID) outlining the requirements for producing a Test/Inspection Report (DI-NDTI-80809B) used by government entities to evaluate compliance with system specifications and performance objectives. The report should include various elements such as identification of the tested item, testing procedures, results, analyses, non-conformances, and corrective actions. It is applicable for engineering tests, qualification, and acceptance inspections and supersedes earlier versions. Key sections in the report include a cover page detailing the report date, contractor information, and types of tests performed, an introduction outlining the test objectives, a summary of results, and conclusions. Furthermore, specific certifications regarding the performance of tests and the accuracy of results must be provided with authorized signatures. Detailed appendices are encouraged for any extensive data or documentation related to the tests. This DID serves to standardize reporting on testing activities in compliance with government contracts, ensuring clarity and thoroughness. The structure of the report is designed to facilitate government assessment and enhance contractor accountability in meeting stipulated requirements.
    The document outlines the Acquisition and Sustainment Data Package (ASDP) Deficiency Report (DR), designated as DI-PSSS-81535B. Its primary purpose is to instruct contractors on reporting deficiencies in government-furnished material during acquisition or repair, facilitating corrective actions as per USAF guidelines. The report mandates a specific format and content for deficiency communication, ensuring data is presented in a text-searchable format and including essential metadata in an Excel sheet. It details required information such as deficiency descriptions, part numbers, and warranty statuses, which aid in tracking and linking deficiencies to relevant items in lifecycle management systems. Additionally, the report interconnects with other documentation for comprehensive tracking of material improvements. This framework is crucial for maintaining accountability and improving government contracting processes, aligning with existing federal standards and practices in RFPs and grants. The document supersedes DI-PSSS-81535A, solidifying its role within ongoing acquisition and sustainment oversight efforts.
    The document discusses the importance of confirming the validity of guidelines and specifications accessed through the Defense Logistics Agency (DLA) website, specifically http://assist.dla.mil. It emphasizes the need for users to check the source for the most current version before utilizing the information for proposals or projects. This guidance is particularly relevant for individuals involved in federal government Requests for Proposals (RFPs), federal grants, and state and local RFPs, where accuracy and adherence to updated information are crucial for compliance and success. The repeated emphasis on verification illustrates a commitment to maintaining high standards and ensuring that contractors and agencies are working with the latest regulatory frameworks and specifications in their submissions and project executions.
    The document from the Department of Defense Technical Standards provides information on revisions and updates regarding various military standards and specifications. It is a clarification on how these standards can be accessed and utilized effectively for various projects related to defense and government contracts. The file emphasizes the importance of verifying current versions of documents before use to ensure compliance with established guidelines. It underlines the significance of adhering to appropriate technical standards in the context of federal and state RFPs and grants. This source serves as a critical resource for contractors and government entities in maintaining standardization and quality in military and defense-related projects, highlighting procedural integrity and regulatory adherence.
    The Commercial Asset Visibility (CAV) Reporting document outlines a web-based system aimed at tracking government-owned reparable assets during their repair cycle at contractor facilities. The main objective of the CAV application is to provide an integrated inventory management solution, allowing real-time reporting of transactions by contractors, which automatically updates the CAV database. The document specifies the format and content instructions for the data generated as per contractual obligations. Key requirements include the processing of transactions through the web, defined in the Contract Statement of Work, covering a range of activities such as asset reception, inductions, repairs pending parts, completions, shipments, and management of discrepancies. Additionally, contractors are tasked with the reporting of various statuses and generating multiple reports, including inventory labels and repair history documents. Ultimately, this structured reporting and data management system is designed to enhance transparency and efficiency in managing government assets throughout the repair process while ensuring compliance with contractual specifications.
    The Acquisition and Sustainment Data Package (ASDP) Teardown Deficiency Report (DI-PSSS-81534B) is a key document that outlines the requirements for contractors regarding deficiencies in equipment maintenance. Approved on August 9, 2022, this report serves as a factual narrative analysis for deficiencies identified during repair or teardown investigations. It provides structured guidelines on the format, content, and intended use of the report, emphasizing the necessity for a text-searchable format and the use of accompanying data such as DOAM listings in Excel. The report details various deficiency classifications, including workmanship non-conformance, material failures, technical data inadequacies, and deficiencies induced by field operations or improper handling. Each category reflects specific issues encountered that require corrective actions and recommendations to prevent recurrence. The document's overall purpose is to ensure comprehensive documentation and analysis of deficiencies, promoting accountability and improvement within equipment maintenance processes. Its stipulations align with federal and state procurement standards, ensuring that all data is reported clearly and can be integrated into Product Lifecycle Management (PLM) solutions. This report thus plays a crucial role in enhancing the quality and reliability of government property maintenance.
    The Contract Depot Maintenance (CDM) Production Report (DI-PSSS-81995) serves as a government-required monthly report detailing maintenance production figures and asset accountability at contractor facilities. It is structured in two parts: Part I includes vital information such as reporting dates, contractor details, item identification, quantities of materials, and production statistics. Specific blocks outline data on reparables received, inducted into repair, produced, shipped, and the forecasting for upcoming production needs. Part II mandates a narrative report on production problems, which is required if previous forecasts were not met or if anticipated issues may impact future production. This report format is applicable to any depot-level maintenance contract and aims to ensure transparency and oversight in maintenance operations, thereby supporting accountability and efficiency in federal contract management and logistics.
    The document outlines a federal solicitation for a Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract related to the overhaul and repair of the F100 #3 Bearing Air Seal, focusing on safety and quality requirements. Issued by the Department of the Air Force, the solicitation (FA8121-25-R-0016) has an unrestricted policy allowing various business types to participate, including small businesses and service-disabled veteran-owned businesses. The contract spans a five-year period with five separate ordering timelines, detailing minimum and maximum quantities of air seals to be delivered each year. Contractors are responsible for supplying all required materials for maintenance and compliance with stringent inspection and quality assurance standards. The document specifies that failure by the government to provide estimated Government Furnished Property will not affect the price agreement, emphasizing the necessity of complying with manufacturer guidelines throughout the repair process. It includes clauses for potential "over and above" work that may be necessary during maintenance, highlighting the structured method for negotiation and pricing adjustments, along with detailed reporting requirements. This solicitation demonstrates the government’s commitment to maintaining high-quality standards and ensuring safety for critical aviation components while facilitating a competitive bidding environment.
    The document outlines essential procedures and requirements related to government-furnished property in the context of a custodial procurement contract. It specifies the attachment details necessary for a Federal Acquisition Regulation (FAR) compliant DoD contract, including critical fields such as the government contracting officer's information, contract award details, and item specifications. The document requires specific identification for items, including National Stock Numbers (NSN), manufacturer identification, and unit acquisition costs, along with quantity and delivery information. Maintained items are categorized as either serially or non-serially managed, emphasizing the need for accurate record-keeping for effective procurement. Additionally, it delineates guidelines for related properties and includes mandatory fields to be completed for compliance. The overall purpose of the document is to facilitate and standardize the management of government property associated with contracts, ensuring clarity and accountability in the acquisition process.
    The document provides an overview of a specific aircraft component, the "Seal, Air, Aircraft G," identified by the National Stock Number (NSN) 2840005700773NZ. It is designed for the Core Module of the F100-PW-220 engine, primarily used in military aircraft such as the F-15 and F-16. The seal is critical for maintaining proper airflow within the engine, functioning as a #3 Bearing Air seal. Key details include its dimensions (approximately 7.18 inches both in length and width, 2.6 inches in height), weight (3 pounds), and the material (titanium alloy) used in its construction. The document also notes its criticality code (F), indicating its importance to safety and functionality, and the demilitarization code (D), which suggests restrictions on disposal. The main point of this document is to inform relevant stakeholders about the specifications and importance of this component in order to facilitate procurement or compliance processes aligned with government standards for federal RFPs and grants. The contact person listed is Jason W. Reaves, associated with the 421 SCMS / GUMAD.
    The document is an Item Unique Identification (IUID) checklist detailing the requirements for marking an aviation-related component, specifically a seal for aircraft, referenced by the National Stock Number (NSN) 2840005700773NZ. It includes essential information such as the marking type, guidance, and involved personnel. The marking must adhere to the latest version of MIL-STD-130, which outlines proper identification standards for military items. Key details include the organization code (AFLCMC/LPSEA3) and contact information for the initiator, Hanson V. Nguyen. This IUID marking is necessary for inventory control and asset management within military and federal contexts, ensuring proper tracking and accountability for the item in question.
    The document outlines the packaging requirements for federal procurement under Purchase Instrument Number FD20302402361-00, adhering to military standards (MIL-STD-129 and MIL-STD-2073-1) and international regulations concerning wood packaging materials (WPM). It emphasizes compliance with UN-imposed restrictions to prevent invasive species risks, such as the pinewood nematode, requiring that all wooden packaging be made of debarked wood and heat-treated to specific temperatures. Furthermore, it mandates that these materials be certified by a recognized agency. The packaging instructions stipulate that military packaging and marking standards must be followed, with specific requirements for shipping container markings. The contact information for the packaging specialist and a signing officer is provided for further inquiries. This document serves as a guide for vendors to ensure compliance with military and international packaging standards during the procurement process.
    The document outlines a pricing matrix associated with the government procurement process, specifically for a Request for Proposal (RFP) identified as FA812125Q0001. It details various Contract Line Item Numbers (CLINs) separated by ordering periods, which include the U.S. Air Force (USAF) and Foreign Military Sales (FMS). The pricing structure consists of unit prices and extended prices for products and services across five ordering periods. Some items are labeled as Not Separately Priced (NSP) with instructions indicating that their costs should be absorbed within the overall pricing of related items. The matrix specifies best estimated quantities and provides a place for offerors to complete unit prices, which will automatically generate extended pricing. The pricing matrix underscores the importance of precise calculations and adherence to detailed instructions in federal procurements. This file is designed to facilitate submission from potential contractors to ensure compliance with federal guidelines in response to the RFP, ultimately emphasizing the procedural nature of government contracting and procurement processes.
    The Performance Work Statement (PWS) outlines requirements for overhauling F100 No. 3 Bearing Air Seals, as administered by the Air Force Life Cycle Management Center (AFLCMC). It details essential tasks, including inspection, modification, testing, and proper documentation under relevant technical orders. The contractor is required to maintain stringent quality control standards, ensuring no defective parts are delivered and that all processes adhere to ISO 9001 quality systems. The PWS also emphasizes compliance with security, safety, and inventory management protocols. Key reporting obligations include Product Quality Deficiency Reports (PQDRs), with mandatory corrective actions for identified defects. Delivery schedules must align with contractual obligations, and a structured evaluation plan for contractor performance is enforced through the Government's oversight. The document underscores the importance of effective Supply Chain Risk Management (SCRM) plans to mitigate disruptions throughout the lifecycle of the project. The overarching goal is to restore and maintain the Air Seals to operational standards, demonstrating both quality assurance and adherence to regulatory compliance through detailed processes and documentation.
    The document details the recommended quality assurance provisions and special inspection requirements for a government contract, specifically focusing on compliance with federal guidelines. Key elements include the contact information for responsible personnel, quality inspection requirements referencing the Federal Acquisition Regulation (FAR) standards, and certifications related to ozone-depleting substances. It emphasizes that quality assurance annotations cannot be downgraded without approval from the Technical Authority, requiring notification on selecting new sources for procurement. A quality pre-award survey is recommended for both new and previous sources, indicating the importance of assessing contractor capabilities before contract award. The document is organized into sections covering points of inspection and acceptance, contract requirements, remarks regarding substance use, and signatures from technical authorities, ensuring a structured approach to contract quality management.
    The document outlines the Repair Qualification Requirements (RQR) for Propulsion Critical Safety Items (CSI) and Critical Application Items (CAI) under the jurisdiction of the AFLCMC/LPS Engineering Support Activity. It details the criteria for potential sources (PS) to gain approval for repairing these items, emphasizing the importance of operational safety and compliance with military standards. Key elements include the application of specific Repair Method Suffix Codes (RMSC), the waiver request process for PSs, and the requirements for Source Approval Requests (SAR) spanning various categories of repair eligibility. The RQR delineates responsibilities associated with submission formats, documentation, and qualification waivers for those who may not meet all requirements but can demonstrate prior compliance. The document also specifies the process timelines, including a three-year approval duration for CSI and seven years for CAI. It further discusses the procedures for Source Resubstantiation Requests (SRR), including evaluation standards and the importance of maintaining quality assurance systems. This structured approach ensures that only qualified sources engage in the repair of critical propelling equipment for the Air Force, ultimately enhancing safety and reliability in aviation operations.
    The document primarily serves as a Repair Data List (RDL) for a specific aircraft component, the "Seal, Air, Aircraft G" (NSN 2840005700773NZ), with an emphasis on repair and maintenance protocols applicable to various models of Pratt & Whitney (P&W) engines utilized by the U.S. Navy and Air Force. It comprises multiple entries detailing maintenance procedures, nondestructive inspections, critical alloys, and illustrated parts breakdowns, all tailored for specific engine models like F100-PW-100 and F100-PW-220. Key entries include standardized maintenance practices, inspection protocols, and lists of critical materials, all dated from January 30, 2020, reflecting updates to maintenance standards and technical data requirements. The document also contains a legend for information distribution, indicating the availability of data and classifications, ensuring that all required tools and documentation align with the stated technical orders (T.O.s). This RDL functions as a critical tool for government entities involved in the maintenance and servicing of aircraft engines, offering a structured reference for contractors and maintenance personnel to adhere to established technical and regulatory expectations in governmental contracts and procurement processes. It highlights the importance of thorough documentation in achieving operational efficiency and compliance within federal and military sectors.
    The document outlines the Repair Qualification Requirements (RQR) for Propulsion Critical Safety Items (CSI) and Critical Application Items (CAI) managed by the Air Force. It specifies the requirements that potential sources (PS) must meet to obtain Engineering Support Activity (ESA) approval for repairing propulsion items. The RQR comprises multiple sections detailing application, scope, submission considerations, technical data requests, and evaluation methods. Key components include the necessity for a valid Company Profile, the submission of a Source Approval Request (SAR), and compliance with specified documentation formats. The SAR process involves the submission of two packages: a subject item package and a demonstration package, each with specific requirements. Approved sources must resubmit their qualifications periodically and notify the ESA of significant changes via a Process Change Request (PCR). The document emphasizes that only qualified sources may repair items, with strict adherence to defined processes ensuring quality control and compliance with government standards. This comprehensive framework aims at enhancing the safety and reliability of propulsion systems by ensuring that all repairs are conducted by authorized and capable vendors, reflecting the government’s commitment to maintaining high operational standards in military equipment.
    The document outlines transportation data for solicitations related to federal procurement, specifically detailing transportation provisions for shipments under contract FD20302402361-00 initiated on December 20, 2024. It provides instructions for vendors regarding shipping, emphasizing the need to contact the Defense Contract Management Agency (DCMA) for shipping instructions before moving freight. The document specifies the F.O.B. (Free On Board) terms, transportation account codes, and shipment details, including delivery to the DLA Distribution Depot at Tinker AFB, Oklahoma. Additionally, it includes multiple line items with their respective National Stock Numbers (NSNs) and underscores compliance with relevant regulations. The document is signed by a representative from the 406th Supply Chain Management Squadron, ensuring accountability and clarity in the shipping process for government contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Seal, Air, Aircraft G.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of aircraft air seals, specifically identified by NSN 2840-01-205-7555NZ and part number 4061976. This procurement is critical for maintaining aircraft safety, with a requirement for 15 units to be delivered on or before August 15, 2025, and a minimum order quantity of 4 units. The approved source for this procurement is RTX Corporation, which has a history of supplying these components, and the estimated issuance date for the Request for Proposal (RFP) is December 20, 2024, with a closing date of January 23, 2025. Interested parties can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further information.
    FD2030-25-00260
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for a specialized metallic seal, identified by NSN 2840-00-343-8336NZ, as part of their procurement efforts. This opportunity involves the provision of a critical component used in aircraft gas turbines and jet engines, which plays a vital role in ensuring the operational efficiency and safety of military aircraft. Interested vendors should note that the solicitation details will be made available once approved by the contracting officer, and they are encouraged to monitor for updates regarding submission timelines and requirements.
    Seal, Metallic, Aircr (1C)
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the acquisition of "Seal, Metallic, Aircr" (NSN: 2840016162582NZ, Part Number: 4088965), which is a Foreign Military Sales (FMS) requirement and classified as an Export Controlled Item. The procurement involves a total of 7 units, divided into two line items: 4 units for purchase request FD20302301723 and 3 units for FD20302402096, with a required delivery date of April 30, 2027. This critical safety item is essential for aircraft engine operations, and proposals must be submitted to Rhonda Ehrhardt at rhonda.ehrhardt@us.af.mil by January 15, 2026, with offers remaining valid for at least 120 days. Compliance with specific quality assurance standards and packaging requirements is mandatory, and the contract will adhere to Basic Ordering Agreement SPE4A121G0001.
    FD2030-26-00280
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for the procurement of a specific aircraft component, identified as the Seal, Air, Aircraft G, under the solicitation number FD2030-26-00280. The requirement includes the provision of the National Stock Number (NSN) 2840-01-602-8421NZ, along with adherence to the top drawing specifications (4081980) and the associated revision date (4 / 20 AUG 2021). This component is critical for the operation and maintenance of aircraft engines, emphasizing its importance in ensuring the reliability and performance of military aviation assets. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation has been approved for quotes.
    FD2030-25-02520
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is seeking suppliers for a specific aircraft component identified by the National Stock Number (NSN) 2840-00-390-1162NZ, which is a seal for aircraft gas turbines and jet engines. The procurement is focused on acquiring the seal as per the top drawing 4035886, with the latest engineering data revision dated November 18, 2021. This component is critical for the maintenance and operation of aircraft engines, ensuring their reliability and performance. Interested vendors should refer to the solicitation information for further details, as the solicitation will be made available for quotes once approved by the contracting officer.
    Bearing, Ball, Annula
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Ball Bearings, specifically the Annula type, as part of a presolicitation notice. The bearings are critical components for the F100 aircraft engine, and the contract will involve a firm fixed price for an estimated quantity of 88 units, with a delivery deadline of March 10, 2027. Interested suppliers should note that the solicitation will be available for download on sam.gov, with proposals due by January 29, 2026, and any inquiries can be directed to Keith Russ at keith.russ@us.af.mil.
    FD2030-25-01702
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a special notice for the procurement of a support seal for aircraft, identified by National Stock Number (NSN) 2840-01-267-1558NZ. The requirement includes the provision of the specified seal, which is critical for the operation and maintenance of aircraft engines, ensuring their reliability and performance. The top drawing reference for this procurement is 4069178, with the latest revision dated June 30, 2023. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation is approved for quotes.
    FD2030-25-00637
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a Special Notice for the procurement of a specific aircraft component, identified by NSN 2840-01-445-4017NZ, which is a seal for aircraft gas turbines and jet engines. The procurement is focused on acquiring the seal as per the top drawing 4083716-01, with an engineering data revision dated March 19, 2025. This component is critical for the maintenance and operational readiness of military aircraft, ensuring reliability and performance in aviation operations. Interested vendors should refer to the solicitation information for further details and are advised that quotes will be accepted once the solicitation has been approved by the contracting officer.
    SEAL AIR, AIRCRAFT G
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the acquisition of a "Seal, Air, Aircraft G" (NSN: 2840-01-205-7555NZ; PN: 4061976) from RTX Corporation d/b/a Pratt & Whitney. The procurement requires pricing and delivery information by December 21, 2025, with a mandatory delivery date on or before August 16, 2028, and is classified as a Critical Safety Item (CSI), necessitating compliance with stringent quality assurance standards, including ISO 9001:2008. This item is crucial for aircraft operations, ensuring safety and reliability in military aviation. Interested vendors should direct inquiries to David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 for further details regarding the solicitation.
    FD2030-25-01311
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a special notice for the procurement of a support seal for aircraft, identified by National Stock Number (NSN) 2840-01-267-1558NZ. The requirement includes the provision of a specific component, referenced by top drawing number 4069178, which is crucial for the maintenance and operation of aircraft engines. This procurement is part of ongoing efforts to ensure the reliability and performance of military aircraft, emphasizing the importance of high-quality parts in defense operations. Interested vendors should refer to the solicitation information for further details and are advised that quotes will be accepted once the solicitation is approved by the contracting officer.